Pre-Solicitation Synopsis 80GSFC25R0001 - Space Weather Geostationary (SWGEO) PHOtospheric Magnetograph Imager (PHOMI) Phase A Study
ID: 80GSFC25R0001Type: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA GODDARD SPACE FLIGHT CENTERGREENBELT, MD, 20771, USA

NAICS

Engineering Services (541330)

PSC

SPECIAL STUDIES/ANALYSIS- OTHER (B599)
Timeline
    Description

    NASA's Goddard Space Flight Center is inviting proposals for the Space Weather Geostationary (SW GEO) PHOtospheric Magnetograph Imager (PHOMI) Phase A Study, a critical initiative aimed at developing instrument concepts for measuring the solar photospheric magnetic field. The procurement seeks to conduct a Phase A instrument study that will inform future development of the PHOMI Instrument, with a focus on enhancing solar wind modeling and magnetic field mapping capabilities. This full and open competitive acquisition, classified under NAICS code 541330, has a total potential contract value of $1.5 million and a performance period of nine months, with proposals due by December 5, 2025, at 3:00 PM Eastern Standard Time. Interested offerors should direct inquiries to Kyle Vann or Raymond Jones via email and are encouraged to review the solicitation documents available on www.SAM.gov for detailed submission instructions and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This amendment to Solicitation 80GSFC25R0001 revises key sections of a Request for Proposal (RFP) issued by NASA Goddard Space Flight Center. The purpose is to update Clause 52.217-9, "Option to Extend the Term of the Contract"; the "Price Proposal Instructions" provision; and Provision GSFC 52.215-300, "Source Selection And Evaluation Factors – General." Key changes include limiting the total contract duration to 15 months, including options; setting a Firm-Fixed-Price ceiling of $1,500,000, with specific allocations for baseline and option periods; and outlining the source selection process. The evaluation factors—Mission Suitability, Cost, and Past Performance—are detailed, with Mission Suitability being more important than Past Performance, and both significantly more important than Price. Offers must acknowledge this amendment to avoid rejection, and any changes to previously submitted offers must reference the amendment and be received by the specified deadline.
    Amendment 3 for Solicitation 80GSFC25R0001, issued by NASA Goddard Space Flight Center, extends the proposal due date to December 5, 2025, at 3:00 PM Eastern Standard Time. It also revises Section L, "Electronic Submission of Proposals – Proposal Marking and Delivery Through NASA’s EFSS Box. (NOV 2024)." The updated instructions detail the electronic submission process via NASA’s EFSS Box, emphasizing that proposals must be free of viruses, searchable, and without hidden formulas or password protection. Offerors are required to notify Kyle Vann and Raymond Jones of their intent to submit and are encouraged to coordinate test file submissions five days prior to the deadline. The amendment provides specific guidelines for file naming conventions, size limits, and contact information for submission issues. It stresses that offerors are responsible for timely and complete submissions, recommending submission at least 24 hours in advance.
    This document addresses vendor questions and government replies regarding an RFP, likely for a NASA project related to a Line of Sight Magnetograph and a Vector Field Measurement study. Key updates include a revised proposal due date of December 5, 2025, and clarifications on mandatory
    The document outlines the Statement of Work (SOW) for the PHOtospheric Magnetograph Imager (PHOMI) Phase A Study, a component of the National Oceanic and Atmospheric Administration (NOAA) Space Weather Geostationary (SW GEO) Series project. Led by NASA, the study aims to develop instrument concepts for photospheric magnetograph imagers capable of line-of-sight measurements of the solar photospheric magnetic field. The SOW details requirements for contractors during the Phase A study, including sensor design concepts, cost, schedule, and risk assessments to refine flight mission requirements. Key tasks involve trade studies, sensor design and analysis, technology assessment, and management planning, with specific deliverables and review milestones defined. The project seeks to enhance solar wind modeling by improving magnetic field mapping and potentially incorporating vector measurements.
    The “Space Weather Geostationary (SW GEO) Series Project PHOtospheric Magnetograph Imager (PHOMI) Phase A Study Mission Assurance Requirements (MAR)” document outlines the comprehensive safety and mission assurance (SMA) requirements for the PHOMI instrument. It covers general SMA, quality management, system safety, reliability, software assurance, workmanship, EEE parts, materials and processes, contamination control, metrology and calibration, GIDEP alerts, and end item acceptance. The document details requirements for hazard analysis, critical item identification, reliability calculations, and strict adherence to NASA and industry standards, including specific deliverables for compliance. It also emphasizes the importance of independent oversight, surveillance, and clear communication with all suppliers to ensure mission success and safety.
    The Space Weather Geostationary (SW GEO) Series project's PHOMI Requirements Specification outlines the performance, electrical, mechanical, environmental, and verification testing requirements for the PHOtospheric Magnetograph Imager (PHOMI). This document, released by NASA and NOAA, details the PHOMI's capabilities, including producing line-of-sight measurements of the photospheric magnetic field, photospheric Doppler velocity field imagery, and vector magnetograph imagery. Key aspects covered include spatial resolution, measurement ranges, data refresh rates, and resource allocations such as mass, power, and telemetry. The specification also addresses operational concepts, including pre-launch, launch, and on-orbit operations, along with various operating modes like Safe Mode and Normal Operational Mode. Environmental requirements, contamination control, design, construction, and mechanical design requirements are extensively detailed, ensuring the PHOMI's resilience and functionality in space. This comprehensive specification is crucial for the development and verification of a space-qualified PHOMI instrument.
    This document outlines the Data Requirements Description (DRD) for government contracts, detailing the data deliverables required from contractors to the Government. It establishes guidelines for data preparation, maintenance, and delivery, prioritizing Federal Acquisition Regulation (FAR) and NASA FAR Supplement (NFS) clauses. The document categorizes DRDs into three types based on approval requirements: Type 1 requires written Contracting Officer (CO) approval, Type 2 allows NASA a time-limited right to disapprove, and Type 3 requires no NASA approval. It specifies electronic submission as preferred, with detailed formatting, transmittal, and document identification standards. Additionally, the document covers subcontractor data requirements, data restriction markings, document revisions, and procedures for CDRL/DRD maintenance. Two specific DRDs are detailed: DRD-001, the Organizational Conflict of Interest (OCI) Plan, which requires contractors to identify and resolve OCIs, and DRD-002, Security Requirements for Unclassified IT Resources, which focuses on IT security, training, and Cyber Supply Chain Risk Management (C-SCRM) for systems handling NASA information. Both DRDs outline submission frequencies, formats, applicable documents, and detailed content requirements.
    This government file, titled "Draft Request for Proposal Government Responses to Questions," dated July 10, 2025, addresses various inquiries regarding the PHOtospheric Magnetograph Imager (PHOMI) project. Many of the responses indicate that specific details, such as page limits, funding profiles, firewall requirements, and detailed specifications for spatial resolution, measurement sensitivity, data availability, and instrument coordination, will be provided in the final Request for Proposal (RFP). Key information confirmed includes an approximate Not-To-Exceed (NTE) funding of $1.5M for a nine-month Phase A study and the requirement for firewalls between active SWFO/SOL teams and Phase A teams. The document also clarifies that updates regarding the number of instruments, proposal instructions, Phase A award details, flight contract funding, and various technical specifications will be included in the final RFP. The possibility of an L1 orbit for PHOMI is also noted as subject to updates in the final RFP.
    This Request for Proposal (Solicitation 80GSFC25R0001) outlines a fixed-price contract for services and deliverables for the Goddard Space Flight Center (GSFC) over a nine-month period. Key deliverables include a Kick-off Meeting, Monthly Progress Reviews, Midterm Review, Final Study Review, Final Report Package, Reporting of Inventions, Technology Development and Risk Mitigation Report, Organizational Conflicts of Interest (OCI) Avoidance Plan, and an IT Security Management Plan. Payment is milestone-based, with specific percentages allocated to each event. The contractor is responsible for providing all necessary resources, adhering to various clauses concerning firm-fixed-price, supplies, services, payment schedules, inspection, performance, contract administration, and special requirements. Notable clauses address IT security, restrictions on funding activities with China, safeguarding contractor information systems, and Federal Acquisition Supply Chain Security Act (FASCSA) orders. The RFP also includes an option to extend the contract term and lists several attachments detailing the Statement of Work, Mission Assurance Requirements, and Data Requirements. Offerors must also comply with representations regarding telecommunications and video surveillance equipment.
    NASA's Goddard Space Flight Center (GSFC) has issued Request for Proposal (RFP) No. 80GSFC25R0001, inviting proposals for a Space Weather Geostationary (SW GEO) PHOtospheric Magnetograph Imager (PHOMI) Phase A Study. This full and open competitive acquisition, with NAICS code 541330 ($25.5 million small business size standard), seeks a Firm-Fixed Price contract with a nine-month performance period. The anticipated contract award is November 2025. Potential offerors must note the potential for an organizational conflict of interest (OCI) and review the updated RFP, which includes significant changes from the Draft RFP. Offerors are also required to have a CAGE code matching their corporate address.
    The document is a Standard Form 33, "Solicitation, Offer, and Award," used by government agencies for federal solicitations, specifically an RFP (Request for Proposal) identified as 80GSFC25R0003 from NASA Goddard Space Flight Center. It outlines the process for submitting offers for supplies or services, detailing sections like the schedule, contract clauses, and instructions to offerors. Key information includes the contract's rating under the Defense Priorities and Allocations System (DPAS), the deadline for offer submissions, and points of contact for information. It also covers terms for offer acceptance, prompt payment discounts, and acknowledgment of amendments. The form is structured into sections covering the solicitation, the offeror's response, and the government's award, including details on accounting, appropriation, and the contracting officer's information. This form serves as a comprehensive framework for both soliciting proposals and formalizing contract awards within the federal procurement system.
    The Space Weather Geostationary (SW GEO) project initiated by NASA aims to develop the PHOtospheric Magnetograph Imager (PHOMI) as part of a Phase A study. This project focuses on designing an innovative sensor that can measure the photospheric magnetic field of the sun, which is crucial for understanding solar wind dynamics. The Statement of Work (SOW) outlines the responsibilities of contractors, including trade studies, sensor design concepts, technology assessments, risk management, and the production of various deliverables leading up to a System Requirements Review (SRR) and Preliminary Design Review (PDR). Key deliverables will include sensor performance evaluations, compliance assessments, risk identification, and cost estimates. The study aims to refine technical requirements for eventual satellite deployment while anticipating a variety of orbital scenarios. The document emphasizes a structured review process to ensure progress and compliance with NASA’s operational standards. By the end of Phase A, collaborations with industry partners will be sought to ensure preparedness for subsequent phases of the project, ultimately contributing to advancements in space weather monitoring.
    The document outlines the Mission Assurance Requirements (MAR) for NASA's Space Weather Geostationary (SW GEO) Series Project, specifically addressing the PHOtospheric Magnetograph Imager (PHOMI). Effective from May 23, 2025, and expiring on May 23, 2030, it serves as a critical framework for ensuring the safety, quality, and reliability of flight hardware and associated systems throughout development and operational phases. Key elements include the establishment of a comprehensive Systems Safety and Mission Assurance Program, management of project-level critical items, quality management procedures, system safety protocols, and software assurance requirements. Additionally, the document emphasizes the importance of risk management, proper documentation of non-conformances, and regular audits by NASA representatives. Requirements are categorized under various safety and mission assurance disciplines, detailing compliance measures, inspection points, and reporting obligations. The significance of maintaining effective communication and oversight with suppliers and subcontractors is emphasized to ensure compliance with government standards. As part of federal requirements, this MAR must guide developers in upholding safety and quality standards, which are essential for the successful execution of aerospace missions. The thoroughness of these requirements aligns with federal RFPs and ensures accountability and transparency in government contracting.
    The Space Weather Geostationary (SW GEO) Series Project defines specifications for the PHOtospheric Magnetograph Imager (PHOMI), set to launch on May 22, 2025, effective until May 22, 2030. This document outlines performance and operational requirements for the PHOMI, which will measure the solar photospheric magnetic field critical for forecasting space weather phenomena, such as geomagnetic storms and Coronal Mass Ejections (CMEs). Key specifications include imagery resolution, measurement accuracy, operational power limits, and telemetry data rates. With provisions for both pre-launch operations and on-orbit functions, the document ensures the PHOMI operates within specified parameters under various environmental conditions. It also establishes criteria for in-flight calibrations, power consumption, safety modes, and telemetry interfaces, ensuring the data produced is timely and reliable. This comprehensive framework illustrates the project’s commitment to utilizing advanced technology for improved monitoring of solar activity, which has implications for space weather forecasting and subsequent impacts on Earth's environment and technology. Overall, the specification serves as a critical document in the context of government-funded space research, ensuring alignment with federal guidelines and operational efficiency while aiming to enhance Earth's understanding of solar dynamics.
    The attachment outlines the Data Requirements Description (DRD) for NASA’s contract RFP #80GSFC25R0001, detailing the data deliverables required from contractors. It categorizes data into three types, with Type 1 requiring written approval from the Contracting Officer, Type 2 allowing for NASA disapproval, and Type 3 without needing prior approval. The document emphasizes the contractor’s responsibility to flow down specific data requirements to subcontractors and includes detailed instructions on submission formats, transmittal methods, and document identification. Notably, it includes two DRDs: an Organizational Conflict of Interest (OCI) Plan, articulating methods for identifying and managing OCIs, and Security Requirements for Unclassified IT Resources, focusing on IT security protocols tied to NASA's cybersecurity standards. Each DRD specifies submission timelines, formats, interrelationships with applicable regulations, and maintenance requirements. The contractor must maintain compliance by revising plans as necessary and may be subject to further approvals based on changing contract needs. This document serves to ensure systematic data management and compliance within NASA's operational guidelines, fostering transparency and security throughout the contract's duration.
    The Draft Request for Proposal (RFP) Solicitation 80GSFC25R0001 outlines a procurement process for services and deliverables required from contractors by the government. The document specifies that the total contract price will be proposed, with various services including kick-off meetings, monthly progress reviews, and final reports mandated as outlined in the Statement of Work (SOW) in Attachment A. It details payment schedules for milestones throughout the contract period, which spans nine months after the effective date. Contractors must adhere to inspection, performance, and security clauses, particularly regarding IT resources and organizational conflict of interest avoidance. Additionally, the proposal emphasizes compliance with federal acquisition laws, especially regarding telecommunications services and export regulations. It requires contractors to maintain vibrant records for inspections and ensure stringent safeguarding measures are in place to protect government information. This RFP serves as a formal solicitation for contractors to submit responses adhering to specific government requirements and conditions aimed at facilitating effective procurement for technical services related to NASA's ongoing projects.
    The NASA Goddard Space Flight Center has released a Draft Request for Proposal (DRFP) for the Space Weather Geostationary (SW GEO) PHOtospheric Magnetograph Imager (PHOMI) Phase A Study. The primary objective is to explore instrument concepts for magnetograph imagers that will provide line of sight measurements of the solar photospheric magnetic field. This information is essential for forecasting solar wind conditions. NASA aims for a competitive acquisition resulting in a Firm-Fixed-Price contract lasting nine months, with an anticipated RFP release in late July 2025 and a contract award in September 2025. Offerors are invited to comment on the DRFP, which includes insights on requirements, schedules, and potential risks, including organizational conflicts of interest. All proposals must be submitted through NASA’s secure EFSS Box platform. The DRFP does not constitute an official solicitation; it is designed to collect feedback to refine the final RFP. Companies interested in participating must register in relevant government databases and monitor updates online. Comments should be submitted within 14 days of the DRFP release, and confidentiality for sensitive information is noted. This initiative emphasizes NASA's commitment to advancing solar observation capabilities while fostering competitive procurement practices.
    The document is a government solicitation for contract bids under the Defense Priorities and Allocations System (DPAS), governing the procurement of supplies or services. It outlines the submission process for offers, including the necessary compliance with terms and conditions, and provides a structured format for bidders to present their proposals. Key sections include detailed instructions, contact information for the contracting officer, requirements for amendments acknowledgment, and stipulations for prompt payment discounts. The offeror must fill out specific sections, agreeing to supply the items and adhere to delivery timelines. Additionally, the contract is managed by the NASA Goddard Space Flight Center’s Institutional Procurement Office, with the document being notably formatted for clarity and adherence to government standards. This solicitation is part of the broader scope of federal and state procurements, encouraging competitive bidding to ensure effective use of government resources.
    The Space Weather Geostationary (SW GEO) Series Project's PHOtospheric Magnetograph Imager (PHOMI) Phase A Study Statement of Work (SOW) outlines requirements for developing an instrument concept. This SOW, effective September 4, 2025, details tasks including trade studies, sensor design, technology assessment, and management planning. NASA and NOAA seek instrument concepts for photospheric magnetograph imagers capable of line-of-sight measurements of the solar photospheric magnetic field, with interest in extending capabilities to vector measurements. The study aims to refine requirements for the eventual flight mission, with deliverables covering various technical and programmatic aspects, and a proposed pre-priced option for further development towards PDR level readiness.
    This government file addresses vendor questions and government replies concerning a NASA Request for Proposal (RFP) for the PHOMI project. Key clarifications include the proposal due date (October 12, 2025), the mandatory nature of submitting a "Technology Development and Risk Mitigation Effort," and confirmation that PHOMI teams do not need to be firewalled from SWFO or SOLAR teams. The document also corrects several typos and errors within the Statement of Work (SOW) and RFP clauses, particularly regarding CDRL references, magnetic requirements, and the scope of the magnetograph capabilities (Line of Sight versus Vector Field Measurement). Several amendments to the RFP and SOW are planned to address these identified issues, ensuring clarity and accuracy for offerors.
    Amendment 2 for Solicitation 80GSFC25R0001, issued by NASA Goddard Space Flight Center, significantly revises the original Request for Proposal. Key changes include the deletion and replacement of Attachment A, Statement of Work, with a revised version dated September 30, 2025. The proposal due date is indefinitely extended due to a government shutdown, with a new amendment to be issued once the shutdown ends. The amendment also revises the "Contractor Proposed Technology Development and Risk Mitigation Efforts" provision in Section H and updates clause GSFC 52.211-101, List of Attachments, in Section J. Furthermore, Section L, "Electronic Submission of Proposals – Proposal Marking and Delivery Through NASA’s EFSS Box," is revised to provide updated instructions for proposal submission via NASA's EFSS Box, including contact information for assistance and guidelines for file naming and submission timing.
    Similar Opportunities
    Request for Information (RFI) Space Domain Awareness (SDA) Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor
    Buyer not available
    The Department of Defense, through the Department of the Air Force, has issued a Request for Information (RFI) for a Geosynchronous Wide Field of View (WFOV) Electro-Optical (EO) Sensor, aimed at enhancing space domain awareness capabilities. This RFI seeks industry input on sensors capable of detecting resident space objects at visual magnitudes of 14.5 and above, with a particular interest in those that can achieve detection at 16+ visual magnitude, while performing wide-area volume searches efficiently. The initiative is critical for developing a constellation of free-flyer Space Vehicles equipped with EO payloads to support geo-based surveillance operations. Interested parties are encouraged to submit their responses, which should include technical and programmatic information, by January 9, 2025, to the primary contact, Tobias Richards, at tobias.richards.1@spaceforce.mil, or by phone at 310-653-9416.
    Nancy Grace Roman Space Telescope Project Science Operations Center
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is initiating a sole-source procurement for the Nancy Grace Roman Space Telescope Project Science Operations Center, with the justification approved for the Space Telescope Science Institute (STScI). This opportunity involves the provision of space research and development services, as well as support for space flight and related activities, which are critical for the successful operation of the telescope project. The performance will take place in Baltimore, MD, and interested parties can reach out to Julie Janus at julie.a.janus@nasa.gov or by phone at 301-286-4931 for further details regarding this procurement.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    Payloads and Research Investigations on the Surface of the Moon (PRISM) Appendix F.10 in NASA Research Announcement (NRA) RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking proposals for the Payloads and Research Investigations on the Surface of the Moon (PRISM) program, as outlined in the Research Opportunities in Space and Earth Sciences (ROSES) 2025 announcement. This initiative aims to develop and deliver science-driven instrument suites for lunar surface investigations, with payloads to be transported via Commercial Lunar Payload Services (CLPS) landers to designated lunar sites, excluding the North Pole region. The program is critical for advancing lunar science, exploration, and technology demonstration, aligning with various NASA science goals. Key deadlines include a pre-proposal webinar on December 5, 2025, with Step-1 proposals due by December 12, 2025, and Step-2 proposals due by February 20, 2026. Interested parties can direct inquiries to Ryan Watkins at HQ-PRISM@mail.nasa.gov or Jacquelyn Pletcher at jacquelyn.b.pletcher@nasa.gov.
    Notice of Opportunity (NOO) for ESPC at NASA Goddard Space Flight Center
    Buyer not available
    NASA's Goddard Space Flight Center is seeking expressions of interest for an Energy Savings Performance Contract (ESPC) project focused on a photovoltaic (PV) Energy Conservation Measure (ECM) at its facility in Greenbelt, Maryland. The selected Energy Service Company (ESCO) will be responsible for conducting an Investment Grade Audit (IGA) and must demonstrate how they will meet federal investment tax credit deadlines, with the potential for structuring the project as an Energy Sales Agreement (ESA). This initiative is critical for maximizing renewable energy generation, reducing electrical demand, and potentially integrating a Battery Energy Storage System for enhanced resiliency. Interested contractors must submit their proposals by October 14, 2025, and can direct inquiries to Sol Shin at sol.shin@nasa.gov or Ian Sherry at Ian.P.Sherry@nasa.gov.
    76--GPSC5 Amendment Five Request for Qualifications
    Buyer not available
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking qualified architect-engineer firms for the Geospatial Product and Services Contract v5 (GPSCv5), which involves Indefinite Delivery Indefinite Quantity (IDIQ) contracts for professional mapping services across the U.S. and its territories. The procurement aims to award up to ten contracts, with a total not-to-exceed value of $850 million, focusing on services such as remotely sensed data acquisition, high-resolution topographic and geophysical data, and emergency response capabilities. This initiative is crucial for enhancing geospatial data services and ensuring effective management of large-scale mapping projects. Interested firms must submit their qualifications using the SF330 form by January 14, 2026, and can direct inquiries to Trisha Beals at GPSC5@usgs.gov.
    RESEARCH OPPORTUNITIES IN SPACE AND EARTH SCIENCES (ROSES) 2025
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is set to release its annual Research Opportunities in Space and Earth Sciences (ROSES) – 2025 solicitation around July 10, 2025. This comprehensive announcement will encompass various program elements, each with distinct due dates and topics, aimed at supporting a wide range of basic and applied research in space and Earth sciences. Proposals may be submitted by a diverse array of organizations, including domestic and foreign entities, with awards typically ranging from under $100K to over $1M per year, depending on the scope of the proposed work. Interested parties should register with NSPIRES and Grants.gov, and are encouraged to submit notices of intent by August 11, 2025, with full proposals due no earlier than September 8, 2025. For further inquiries, contact Max Bernstein at sara@nasa.gov or call 202-358-0879.
    GEOSPATIAL INTELLIGENCE PROCESSING AND EXPLOITATION (GeoPEX)
    Buyer not available
    The Department of the Air Force is seeking white papers for its Broad Agency Announcement (BAA) FA8750-21-S-7006, titled "Geospatial Intelligence Processing and Exploitation (GeoPEX)." This initiative aims to advance research, development, integration, testing, and evaluation of technologies that enhance geospatial intelligence (GEOINT) capabilities, focusing on areas such as Full-Spectrum GEOINT, AI/ML techniques, cloud-based high-performance computing, and photogrammetry. The BAA is critical for improving analytic workflows and decision-making processes within the Department of Defense and the Intelligence Community. With an estimated total funding of approximately $99.9 million, individual awards are expected to range from $250,000 to $10 million over a period of up to 36 months. Interested parties must submit their white papers by September 30, 2026, and can direct inquiries to Carlos Merlos at AFRL.RIG.GEOPex@us.af.mil or by phone at (315) 330-4128.
    FY26 Wave6 Renewal
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    Justification for Other than Full and Open Competition (JOFOC) - Joint Polar Satellite System (JPSS) Advanced Technology Microwave Sounder (ATMS) Engineering Development Unit (EDU) Refurbishment
    Buyer not available
    NASA's Goddard Space Flight Center is seeking to award a sole-source contract modification for the refurbishment of the Advanced Technology Microwave Sounder (ATMS) Engineering Development Unit (EDU) as part of the Joint Polar Satellite System (JPSS). The objective of this procurement is to enhance the ATMS EDU to a Mission Class D flight instrument level, which will serve as a contingency for JPSS missions and support a demonstration mission for NOAA's future Low Earth Orbit (LEO) program. This refurbishment is critical for developing performance-based requirements for future competitive acquisitions in the LEO program, with Northrop Grumman being the only qualified vendor due to its unique expertise and proprietary design of the ATMS EDU. Interested parties can contact Bruce Tsai at Bruce.B.Tsai@nasa.gov or call 240-684-0428 for further information regarding this opportunity.